Tender

NHS Barnsley CCG : Brierley Medical Practice Service

  • NHS Barnsley CCG

F02: Contract notice

Notice identifier: 2021/S 000-021093

Procurement identifier (OCID): ocds-h6vhtk-02d9d5

Published 25 August 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Barnsley CCG

49/51 Gawber Road

Barnsley

S75 2PY

Email

t.squires@nhs.net

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

Internet address(es)

Main address

https://www.nhssourcing.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.nhssourcing.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.nhssourcing.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NHS Barnsley CCG : Brierley Medical Practice Service

Reference number

SYPS/BARN/TS/21/51

two.1.2) Main CPV code

  • 85121100 - General-practitioner services

two.1.3) Type of contract

Services

two.1.4) Short description

The procurement ensures the ongoing provision of primary medical services in Brierley to ensure a high-quality, resilient service that fits with the ambition to deliver Primary Care within Barnsley.

two.1.5) Estimated total value

Value excluding VAT: £3,975,075

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Barnsley, South Yorkshire

two.2.4) Description of the procurement

Barnsley Clinical Commissioning Group (CCG) is responsible for commissioning the majority of health services for Barnsley patients. In Barnsley we share a common belief that primary care is, and should continue to be, the foundation of the NHS. We recognise that fundamental to achieving this ambition we need strong and resilient primary and community care services. This requires a more integrated system to support a workforce that is multi-skilled and able to adapt to changes in the way that health and care services are provided as our services transform and focuses on seamless, accessible, and integrated care, delivered by integrated primary care teams and ensuring primary medical care remains the foundation of a high performing health care system.

We wish to create an environment in which everyone can continue to thrive, and our services become even more effective and efficient, to deliver its full potential and adapt to meet the challenges of the future. The CCG has a clear work programme under the following priorities:

• Development and delivery of primary care transformation to incorporate the Long Term Plan and Primary Care Network developments

• Quality improvement, promotes health and wellbeing, and reduction in health inequalities

• Help to keep people out of hospital as much as possible

• Supporting the contractual requirements and restoring services in line with the current Covid status

• Primary care workforce and training

• Estates and digital IT transformation

The Contract will be for a term of five years with the opportunity to extend for a further four years subject to mutual agreement between the successful Bidder and the Authority. The maximum term of Contract is consequently nine years. The £441,675 is the projected revenue for the practice subject to achievement and activity of certain criteria.The value given in this notice is for the full nine years.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 September 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 September 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

NHS Monitor

Lonodn

Country

United Kingdom